SOLICITATION NOTICE
80 -- LocTite Aero IDIQ
- Notice Date
- 9/9/2022 7:28:05 AM
- Notice Type
- Presolicitation
- NAICS
- 325520
— Adhesive Manufacturing
- Contracting Office
- FA8125 AFSC PZIMA TINKER AFB OK 73145-3303 USA
- ZIP Code
- 73145-3303
- Solicitation Number
- C22-011
- Response Due
- 9/26/2022 1:00:00 PM
- Point of Contact
- Shelli Simmons, Darla DeAngelis, Phone: 4057364104
- E-Mail Address
-
shelli.simmons@us.af.mil, darla.deangelis@us.af.mil
(shelli.simmons@us.af.mil, darla.deangelis@us.af.mil)
- Description
- The Air Force intends to solicit the following supply: 76 CMXG/553rd CMMXS Composite Sub-Unit requires Loctite EA 460 AERO Foaming Core Splice Adhesive (Known as Hysol PL 460) qualified to Boeing Manual Specification (BMS), BMS 5-90, Type IV requirements.� All quantities must meet the following specifications: Initial Minimum Order Qty 900, 6oz. cartridges Loctite EA 460 AERO Foaming Core Splice Adhesive (known as Hysol PL 460) Estimated Annual Usage Qty 900, 6oz. cartridges Loctite EA 460 AERO Foaming Core Splice Adhesive (known as Hysol PL 460) Maximum Contract Quantity Qty 9000, 6oz. cartridges Loctite EA 460 AERO Foaming Core Splice Adhesive (known as Hysol PL 460) Specifications: LOCTITE EA 460 AERO Foaming Core Splice Adhesive (KNOWN AS Hysol PL 460) 6oz. cartridges Qualified to Boeing Manual Specification (BMS), BMS 5-90, Type IV requirements. Every Shipment must be shipped strictly to the instructions of the manufacturer Each individual container will contain no less than two temperature gages that indicate the maximum storage temperature has not been exceeded during shipping. Each shipment will have a minimum shelf life from the date of receipt to the end user no less than 310.25 days or 85% of shelf life, maintaining compliance with DoDM 4140.27.4.3.a&b. 553rd CMMXS will require the Shelf life & DOM information Certificate of Analysis (C of A) & Certificate of Conformance (C of C) and a current SDS with each shipment. Requesting that the 900 cartridges be broken up into two equal shipments of 450 cartridges every 6 months for a period of 5 years. A Firm Fixed Price IDIQ type contract is contemplated. Estimated Period of Performance: � Base: 1 November 2022 � 31 October 2023 Option I: 1 November 2023 � 31 October 2024 Option II: 1 November 2024 � 31 October 2025 Option III: 1 November 2025 � 31 October 2026 Option IV:� 1 November 2026 � 31 October 2027 This is a small business set-aside System for Award Management (SAM) is required to receive any award. Contractors can register electronically at https://www.sam.gov/portal/public/SAM/. The NAICS code for this requirement is 325520 with a size standard of 500 EMP. Interested persons may identify their interest and capability to respond to the requirement by submitting a proposal. Electronic procedures will be used for this solicitation through Beta.sam.gov at https://sam.gov/content/home.� No telephone requests. See Note 22. Authority is 10 USC 2304 (c)(1). For further information contact: Shelli Simmons Contracting Specialist shelli.simmons@us.af.mil Darla DeAngelis Contracting Officer darla.deangelis@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/879de68c041f4682b39b6d8c27c09d7a/view)
- Place of Performance
- Address: Tinker AFB, OK 73145, USA
- Zip Code: 73145
- Country: USA
- Zip Code: 73145
- Record
- SN06459852-F 20220911/220909230133 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |